Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 10, 2024 SAM #8139
SOURCES SOUGHT

99 -- Fiber Reinforced Polymer (FRP) Hydraulic Structures

Notice Date
3/8/2024 1:07:24 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W07V ENDIST ROCK ISLAND ROCK ISLAND IL 61299-5001 USA
 
ZIP Code
61299-5001
 
Solicitation Number
W912EK2024FRPIDIQ
 
Response Due
4/5/2024 12:00:00 PM
 
Archive Date
04/20/2024
 
Point of Contact
Bobbi Boeh, Phone: 3097945943
 
E-Mail Address
bobbi.s.boeh@usace.army.mil
(bobbi.s.boeh@usace.army.mil)
 
Description
Sources Sought/Request for Information FRP Architect Engineering Services IDIQ Background: The US Army Corps of Engineers - Rock Island District, is seeking eligible System for Award Management (SAM) Database registered businesses capable of performing work that includes but is not limited to: Indefinite Delivery A/E contract for A/E services, primarily fiber reinforced polymer (FRP) hydraulic structure design and contract document development. Contract documents may include plans, specifications, design analysis, cost estimates and other contract documents. Additional work may include engineering during construction such as fabricator submittal or shop drawing reviews, assisting with Requests for Information, assisting with contract modifications, and performing QA inspections alongside Government personnel during FRP structure fabrication. Structures and services are to be located within the contiguous United States, not necessarily within Rock Island District boundaries. Project Requirements: The types of projects may include all or part of the following: designing small or large scale FRP hydraulic structures, reviewing and providing comments on fabricator provided plan sets or shop drawings for various FRP hydraulic structures. Projects may also include performing QA inspections during FRP structure fabrication and providing written reports to USACE. Types of hydraulic structures to be designed, reviewed, and/or inspected include, but are not limited to, culvert valves, culvert valve bulkheads, miter gates, vertical lift gates, dewatering structures, sector gates, Tainter gates, and wicket gates. NAICS Code and Size Standard: In the event an RFP is issued, it is anticipated North American Industry Classification System (NAICS) code 541330 with a size standard of $25.5M is being considered. Capability Statement/Information Sought: All interested, responsive and responsible System of Award Management (SAM) Database registered businesses are encouraged to participate in this Sources Sought by emailing the required responses below to the point of contact. If your company is not SAM-registered, please do so at www.sam.gov. All parties interested in this project must demonstrate that they would have the potential to be a responsive and responsible contractor for the following project technical criteria. Tailored Capability Statements shall demonstrate a clear understanding of all tasks specified in the draft Project Requirements. Tailored Capability Statements for this requirement shall address the following areas: 1. Company Name, UEI/CAGE (If your company does not have at the time of this sources sought, please be aware that you will be required to register your company in the System of Award Management (SAM) system to be eligible for any future Federal contracts), POC information including an email, and your current business size and category (Large/Small/8(A)/etc.) in relation to the NAICS code. 2. Demonstrate the ability to meet the mandatory criteria as noted below: Contractor to have a minimum of 5 years of experience with the design and detailing of FRP structures. Contractor to employ a FRP engineer experienced with the design and detailing of FRP structures to supervise the preparation of shop drawings or to review fabricator submittals. FRP Engineer to be a licensed professional engineer and have a minimum of 10 years of experience with the design and detailing of FRP structures. FRP Engineer must have worked or consulted on other large scale FRP structures utilizing sandwich panel construction. Contractor to have at least one employee capable of performing QA inspection site visits during FRP structure fabrication with a minimum of 5 years of experience performing such inspections. Ability to perform multiple (minimum 3) task orders at the same time. Ability to perform site visits anywhere within contiguous United States. Ability to perform multiple QA inspections during FRP structure fabrication. 3. Project examples with similar complexity and scope (and ideally including all the mandatory criteria above). Examples should include all pertinent information regarding the requirements to clearly demonstrate the understanding and abilities of your company. It is requested that some similar Federal work completed be submitted if you performed previous work as a part of a team, with subcontractors (or other arrangements) please provide information on that relationship, tasks performed by team members etc. to be able to provide the Government with a sense of prime contract management as well as team member/subcontractor management. Information Submission Instructions: 1. Page Limitations: Interested qualified small business organizations should submit a tailored capability statement for this requirement not to exceed twenty (20) single sided pages including all information that clearly details the firm�s ability to perform the aspects of the notice described above and in the Project Requirements. 2. Number of Copies: All capability Statement sent in response to this SOURCES SOUGHT/Request for Information notice must be submitted via e-mail to the contract specialist Bobbi Boeh at bobbi.s.boeh@usace.army.mil. The e-mail subject line must specify Response to Sources Sought: FRP Hydraulic Structures. 3. Due Date/Time Electronically submitted tailored capability statements are due no later than Friday 05 April 2024 at 2:00 PM CST. This does not restrict the Government from accepting responses after the due date if in the best interests of the Government and does not prohibit the Government from seeking potential capable and responsible sources from information available from other resources (for instance: small business databases, known sources, previous contractors) to determine a final procurement strategy.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ba2e3c5576d94019ac0d2969dcce3e1f/view)
 
Place of Performance
Address: Rock Island, IL 61299, USA
Zip Code: 61299
Country: USA
 
Record
SN06991373-F 20240310/240308230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.